e-TENDER NO:- BPPI/SURGICAL-059/2018 TENDER FOR SUPPLY...
Transcript of e-TENDER NO:- BPPI/SURGICAL-059/2018 TENDER FOR SUPPLY...
BPPI/Surgical-59/2018
Page 1 of 59
e-TENDER NO:- BPPI/SURGICAL-059/2018
TENDER FOR SUPPLY OF SANITARY
NAPKINS
TO
Bureau of Pharma Public Sector Undertakings of
India (BPPI)
For the year 2018-20
BUREAU OF PHARMA PUBLIC SECTOR UNDERTAKINGS OF
INDIA
(Set up under the Department of Pharmaceuticals, Govt. of India)
8th Floor, Videocon Tower, Block E1, Jhandewalan Extension, New Delhi-110055
Telephone: 011- 49431811/49431824 /49431828/49431829/49431830;
Website: janaushadhi.gov.in
BPPI/Surgical-59/2018
Page 2 of 59
BUREAU OF PHARMA PUBLIC SECTOR UNDERTAKINGS OF
INDIA
(Set up under the Department of Pharmaceuticals, Govt. of India)
8th Floor, Videocon Tower, Block E1, Jhandewalan Extension, New Delhi-110055
Telephone: 011- 49431811/49431824 /49431828/49431829/49431830;
Website: janaushadhi.gov.in
ONLINE TENDER FOR THE SUPPLY OF SANITARY NAPKINS
THE YEAR 2018-2020
Tender Reference BPPI/SURGICAL-059/2018
Dt. 19/03/2018
Date of availability of tender
documents on website 19/03/2018 (Monday)
Time and date and place pre-bid
meeting
11:00 AM on
26/03/2018(Monday)
Bureau of Pharma PSUs of India,
8th
Floor, Videocon Tower,
Block-E1,Jhandewalan
Extension, New Delhi-110055
Last date and time for submission
of Online Bid i.e. Bid Submission End
Date and time
07/04/2018 upto 05:00 P.M.
Last Date for submission of
EMD in physical Form in office
of Bureau of Pharma PSUsof India,
8th Floor, Videocon Tower, Block-
E1,Jhandewalan Extension, New
Delhi-110055
09/04/2018
BPPI/Surgical-59/2018
Page 3 of 59
Time and date of opening of
Technical Bid
11:30 AM on 09/04/2018
(Monday)
Place of opening of tender Bureau of Pharma PSUs of India,
8th Floor, Videocon Tower,
Block-E1,Jhandewalan
Extension, New Delhi-110055
Address for Communication Bureau of Pharma Public Sector
Undertakings of India,
8th
Floor, Videocon Tower,
Block-E1,Jhandewalan
Extension, New Delhi-110055
Cost of the Tender Document Free of cost
Contact Person for clarification if
any
1.Mr. Sandeep Sapan Patra, Sr. Executive (Procurement) Phone:- 011-49431830 Mob:- 9090512532 Email:- [email protected]
2. Mr. Rupak Kumar, Executive (Procurement) Phone:- 011-49431829 Mob:- 7291087675 Email:- [email protected]
3. Mr. P. K. Thakur, Executive (Procurement) Phone:- 011-49431858 Mob:- 9475982561 Email:- [email protected]
The tender document can be downloaded free of cost from the CPPP
e‐Procurement Portal https://eprocure.gov.in and from the website of BPPI:
janaushadhi.gov.in.
BPPI/Surgical-59/2018
Page 4 of 59
TABLE OF CONTENTS
Sl.No. Description Page No.
1. Last Date and time for submission of ONLINE Tender 7
2. Eligibility Criteria 7
3. General Conditions 8
4. Technical Bid – Cover “A” 10
5. Price Bid – Cover “B” 12
6. Opening of Cover “A” and Cover “B” of Tender 13
7. Earnest Money Deposit 14
8. Other Conditions 15
9. Acceptance of Tender 17
10. Security Deposit and Agreement 18
11. Methodology for placing orders 19
12. Supply Conditions 21
13. Logograms 23
14. Packing 23
15. Quality Testing 24
16. Payment Provisions 25
17. Handling & Testing Charges 26
18. Liquidated Damages and other penalties 26
19. Deduction and other penalties on account of Quality failure 27
20.
Blacklisting in the event of withdrawal from the tender,
and Non-Adherence to the Quality Standards and supply
schedule
39
21. Saving Clause 31
22. Resolution of Disputes 31
23. Appeal 31
24. Contacting the Purchaser by the Bidder 32
25. Fraudulent and Corrupt Practices 32
BPPI/Surgical-59/2018
Page 5 of 59
26. Jurisdiction 34
27. ANNEXURE-I
(BARCODE REQUIREMENTS) 35
28. ANNEXURE-II
(Declaration for eligibility in participating the tender) 41
29 ANNEXURE –III
(Details of EMD submitted) 43
30. Annexure IV – (A certificate from CA or Company Secretary). 44
31. ANNEXURE -V
(Check List) 46
32 ANNEXURE -VI
(Bank Guarantee format for submission of EMD) 47
33 ANNEXURE -VII
(Details of requirements for Sanitary Napkins) 49
34 ANNEXURE -VIII
( Details for Manufacturing Capacity & Batch Size) 51
35. ANNEXURE -IX
(Letter of acceptance of tender for price agreement) 53
36. ANNEXURE -X
(Performance Security Bank Guarantee) 54
37. ANNEXURE -XI
(Declaration for Logogram) 55
38. ANNEXURE –XII
(Mandate Form ) 58
BPPI/Surgical-59/2018
Page 6 of 59
BUREAU OF PHARMA PUBLIC SECTOR UNDERTAKINGS OF INDIA
ONLINE TENDER FOR THE SUPPLY OF SANITARY NAPKINS TO BUREAU
OF PHARMA PUBLIC SECTOR UNDERTAKINGS OF INDIA
FOR THE YEAR 2018-20
PRADHAN MANTRI BHARTRIYA JANAUSHADHI PARIYOJANA(PMBJP) is the
initiative of Department of Pharmaceuticals, Ministry of Chemical and Fertilizer,
Government of India launching with the noble objective of making quality generic
medicines with Surgical consumables available at affordable prices for all, particularly
the poor and disadvantaged, through specialized outlets called PRADHAN MANTRI
BHARTRIYA JANAUSHADHI KENDRA (PMBJK). BPPI was established in
December 2008 under the Department of Pharmaceuticals, Government of India, with
the support of all the CPSUs, and identified as the executing agency for PMBJP.
The Bureau has been registered as an independent society under the Societies
Registration Act, 1860, in April 2010. BPPI follows the provisions of GFR 2017 as
amended from time to time, the CVC guidelines, and instructions from the Department
of Pharmaceuticals.
At present, more than 3200 stores are functional. It is proposed to channelize efforts to
popularize PMBJP and ensure availability of the complete basket of medicines at
affordable prices.
Tender Inviting Authority – C.E.O, Bureau of Pharma Public Sector Undertakings of
India, 8th Floor, Videocon Tower, Block E1, Jhandewalan Extension, New Delhi-110055
(hereinafter referred as Tender Inviting Authority unless the context otherwise
requires).
Tender Accepting Authority – CEO, Bureau of Pharma Public Sector Undertakings of
India,(hereinafter referred as BPPI unless the context otherwise requires).
Tender Inviting Authority invites Tender for the supply of Sanitary Napkins to
BUREAU OF PHARMA PUBLIC SECTOR UNDERTAKINGS OF INDIA, for
the year 2018-2020.
BPPI/Surgical-59/2018
Page 7 of 59
1. LAST DATE AND TIME FOR SUBMISSION OF ONLINE TENDERS.
(a) Online Bids [in two separate Cover {Technical bid (“Cover A”) and price bid
(Cover “B”)}] will be submitted till 05.00 P.M.upto 07/04/2018(Saturday) on CPP
portal i.e. eprocure.gov.in.
(b) The price bid shall be valid for a period of 120 days from the date of opening
of Technical Bid. Prior to the expiry of the bid validity, the Tender Inviting Authority
may request the Tenderers to extend the bid validity for further period as deemed fit on
their original quoted prices and all terms &conditions. However, BPPI reserves the right
to place purchase orders at the quoted rate till such period.
2. ELIGIBILITY CRITERIA
(a) (i) Tenderer shall be a manufacturer and should have manufacturing license from
Director of Industries, Ministry of Commerce or NSIC or appropriate authority.
(ii) Tenderer shall be direct importer holding valid import license.
(iii) Distributors/Suppliers/Marketer/Agents are not eligible to participate in the
Tenders.
(b) A certificate from their C.A. (Chartered Accountant) or Company Secretary that
(i) Average Annual turnover of manufacturer in the last three years i.e.2014-15, 2015-
16 and 2016-17 shall not be less than Rs. 2 Crores.
(ii ) Manufacturer have manufactured & marketed at least 2 commercial batch of quoted
items in last three years OR
(ONLY in case of Importer)
The supplier have marketed at least 2 commercial batch in last three years.
(iii) Manufacturer has Production & financial capacity to manufacture and deliver the items quoted by the firm in the tender as per quantity mentioned in tender during contract period.
Or (ONLY in case of Importer)
BPPI/Surgical-59/2018
Page 8 of 59
M/s ____________________________ has Financial capacity to deliver the items quoted by them in the tender as per quantity & delivery schedule mentioned in tender. This certificate is based on their marketing experience and financial statement.
( c) Market Standing Certificate (MSC) issued by C.A. or ICWA for each product quoted
in the tender for a minimum 2 years.
( d) Tenderer should not be submitted for the product(s) for which the firm / company has
been blacklisted/debarred/de-registered/banned by any State Government / Central
Government / its procurement agencies due to quality failure of the Sanitary Napkins at
the time of submission of online bid.
( e ) The Tenderer should have not been blacklisted/debarred/de-registered/banned due
to quality failure for the quoted product /firm by any State Government / Central
Government / its procurement agencies at the time of submission of bid. Further,
quoted Sanitary Napkins have not been failed in house testing or testing by any State
Government/Central Government / its procurement agencies during last two years.
( f ) During the validity of the tender if the firm / Company is
blacklisted/debarred/de-registered/banned by any State Government / Central
Government / its procurement agencies / convicted by any Court of law in India, it shall
be intimated to BPPI along with relevant authentic document by the tenderer firm/
company within one month.
( g) The tenderer should confirm that they have read tender document including
Amendment(s) to Tender document (if any) along with terms and condition and these
terms and condition of tender document including Amendment(s) to Tender document
(if any) are acceptable unconditionally to them.
(h) Tenderer are required to incorporate bar codes as per GS1 standards at various
packaging levels (primary, secondary and tertiary). (Annexure I)
3.GENERAL CONDITIONS.
(i) The tender document shall be download from the websites janaushadhi.gov.in;and CPP
portal i.e.eprocure.gov.in. Tender Document is free of cost. No tender cost is to be deposited.
(ii) EMD (Earnest Money Deposit) : EMD of Rs. 50,000/‐ (Rupees fifty thousand only
as specified in Clause 7 of the Tender document in the form of Bank Guarantee or
Bankers Cheque or Demand Draft from nationalized/Scheduled Bank favouring
“Bureau of Pharma Public Sector Undertakings of India “, payable at Gurgaon/Delhi
which is to be delivered in original to BPPI, New Delhi on or before the time
stipulated against ‘ Bid Opening Date ’. Name & full address of the bidder may be
written at the back of the Demand Draft/Pay Order. Signed and scanned soft copy of the
BPPI/Surgical-59/2018
Page 9 of 59
EMD instrument must be uploaded (ANNEXURE III) to the e‐Procurement portal. EMD
in any other form like cheque/cash/postal order etc. will not be accepted. The Bid (in
case not exempted for EMD as mentioned in tender document) without EMD shall
be summarily rejected.
(iii) Tenders will be opened online. However, authorized representatives of bidder
who like to attend online bid opening on the specified date and time should bring letter
of authority authorising to attend online bid opening on the printed letter head of the
company. Please also certify in authorisation letter that nominated person of
tenderer shall not represent any other tenderer in BPPI.
(iv) (a) At any time prior to the last date of submission of online bid, Tender Inviting
Authority may, for any reason, whether on own initiative or in response to a
clarification requested by a prospective Tenderer, may modify the condition in Tender
documents by an amendment uploading on website on janaushadhi.gov.in; and CPP
portal i.e. eprocure.gov.in will be binding on them. In order to provide reasonable time
to take the amendment into account in preparing their bid, Tender Inviting Authority
may at discretion, extend the date and time for submission of online bid.
(b) Any person who has downloaded the tender document should watch for amendment,
if any, on the website janaushadhi.gov.in;and CPP portal i.e.eprocure.gov.infor which
BPPI will not issue any separate communication to them.
(v) Interested eligible Tenderers may obtain further information in this regard from
the office of the Tender Inviting Authority on all working days between 10:00 AM and
5:00 PM.
(vi) During tender or agreement period, if L1 bidder is
debarred/deregistered/blacklisted/banned by any Central Government or state
Government or its procurement agencies due to quality failure, BPPI may purchase the
Sanitary Napkins from L2 bidder or may go for fresh tender as per discretion of BPPI.
(vii) The BPPI reserves the right to purchase any Sanitary Napkins full or part
quantity from PSU as per discretion of BPPI. In case of emergencies, BPPI may go to
PSU and price will be as per negotiation and at the discretion of BPPI.
3.1 SPECIAL CONDITIONS.
(i)Bids shall be submitted online only at CPPP website:https://eprocure.gov.in. Manual
bids shall not be accepted except for the original documents/instruments as mentioned
in tender document.
BPPI/Surgical-59/2018
Page 10 of 59
(ii) Bidders are advised to follow the ‘Special Instructions to the Contractors/Bidders
for the e‐submission of the bids online’ available through the link ‘Help for
Contractors’ at the e‐Procurement Portal https://eprocure.gov.in.
(iii) Bidder shall not modify the downloaded tender form including downloaded price
Bid template in any manner. In case any tender form/Price bid template is found to be
tampered with/modified in any manner, such bid will be summarily rejected, Bid
Security would be forfeited and bidder is liable to be banned from doing business with
BPPI.
(iv)Bidders are advised to check the website of BPPI: janaushadhi.gov.in and CPPP
website https://eprocure.gov.inat least 3 days prior to closing date of submission of
tender for any corrigendum, addendum, or amendment to the tender document.
4. TECHNICAL BID - COVER “A”
4.1. The Tenderer should upload the following documents in while submitting
technical bid hereafter called "Cover A". (Scanned copies of each page of all
documents should be uploaded while submitting Technical bid).
(a) The tenderers are required to upload scanned undertaking on stamp paper duly
notarized by authorised signatory(ANNEXURE– II) confirming they are manufacturer
and holding manufacturing license, 2 years market standing certificate for quoted
Sanitary Napkins issued by CA or ICWA, a certificate for manufactured & marketed of
two batches for quoted Sanitary Napkins within 3 years issued by CA or ICWA , valid
import license , Valid sale license, undertaking as per para 2(e) & ( g), undertaking as
per Annexure XIII, undertaking for Clause 7.2 and also enclosed all
undertaking/declaration as per Annexure mentioned in the tender document. On the
basis of such undertaking, the price bid shall be opened within a week after
opening of technical bid. However, the bidder is required to upload/submit all the
documents along with the technical bid and in case any document is not complying
as per undertaking, their contract/agreement shall be cancelled with forfeiture of
EMD/Security Deposit/Bank guarantee. The original ANNEXURE II should be
submitted to BPPI, New Delhi on or before the schedule date of technical bid
opening.
(b) Earnest Money Deposit as indicated in Clause 3(ii) and Clause 7. of the tender
document shall be in the form of Bank Guarantee or Bankers Cheque or Demand
Draft favouring “Bureau of Pharma Public Sector Undertakings of India “ payable at
Gurgaon/Delhi. Tender cost and EMD in any other form like cheque/cash/postal
order etc. will not be accepted. Scanned soft copy of the EMD instrument must be
uploaded (ANNEXURE III) to the e‐Procurement portal. and original EMD instrument
BPPI/Surgical-59/2018
Page 11 of 59
should be submitted to BPPI, New Delhi on or before the schedule time and date of
technical bid opening. (c) The tenderers are required to upload a certificate from the C.A.(Chartered Accountant) or Company Secretary as per ANNEXURE IV certifying that (i) Constitution of bidding firm with details of PAN no., GST registration no., filed Income tax returned and GST retuned up to date and attested signature of authorised person,(ii) whether the bidder is Micro Small & Medium Enterprises (MSME) and owned/ not owned) by Scheduled Caste (SC)/Scheduled Tribe (ST) entrepreneurs.(iii) Average Annual Turnover certificate of manufacturer/manufacturer of marketer (if applicable) in the last three years i.e.2014-15, 2015-16 and 2016-17 (iv) Manufacturer have manufactured & marketed at least 2 commercial batch in last three years
or (in case of Importer) marketed at least 2 commercial batch in last three years (,(v) Manufacturer has Production & financial capacity to manufacture and deliver the items quoted by the firm in the tender as per quantity mentioned in tender during contract period or Importer has Financial capacity to deliver the items quoted by them in the tender as per quantity & delivery schedule mentioned in tender.
(d ) Authorization letter nominating an officer of the Tenderer on the printed letter
head of the company to transact the business with the BPPI to be uploaded. Please also
certify in authorisation letter that nominated person of tenderer shall not
represent any other tenderer in BPPI.
(e) The Tenderer should upload Scanned copy of valid Manufacturing License for
the product, for each and every product quoted as per specification in the tender. The
license must have been duly renewed up to date and the items quoted shall be clearly
highlighted in the license. Original documents should be produced for verification when
demanded. However, if renewal application for manufacturing license has been filed,
Scanned copy of same duly receipted by authorities must be uploaded along with the
validity certificate.
(f) Scanned copy of import license (in Form 10 with Form 41), as per Rule 122A
of the Drugs and Cosmetics Act 1940, if the product is imported should be uploaded.
The license must have been renewed up to date. A copy of a valid license for the sale
of Sanitary Napkins imported by the firms issued by the State Licensing Authority
shall be uploaded. Original documents should be produced for verification when
demanded.
( g) MARKET STANDING CERTIFICATE (MSC) ISSUED BY C.A. or ICWA UNDER
generic or brand name as a Manufacturer for each product quoted in the tender for a minimum 2
years (Certificate should be uploaded with list of items).In case of direct importer, evidence for
importing the said items such as bill of landing, bill of entry and certificate of analysis are to be
BPPI/Surgical-59/2018
Page 12 of 59
uploaded. MSC issued under brand name or under generic name (by the state licensing
authority) will also be accepted but supplies will be accepted as per packing and label by
foreign manufacturer in their brand subject to affixing sticker for Logo as approved by
BPPI & BPPI MRP.
(h) Valid ISI license for the quoted product if applicable.
(i) In case of Imported Sanitary Napkins, labels and product literature of all quoted
product(s) must be uploaded
( j ) Documents, if any, to show that the manufacturing unit/importer has been
recognized by any other Indian / International Standard Organizations etc. as applicable.
(k) A Checklist (ANNEXURE- V) shall be uploaded with technical bid. If a
company/firm has two or more separate manufacturing units at different sites / States,
which are not separate entities then the company will be allowed to submit only one
tender for all units but necessary document regarding separate manufacturing units will
uploaded as a separate set with the same tender. However, one bidder will be allowed to
submit only one offer for one product.
( l) All the documents uploaded should also be signed by the authorized official of the
Tenderer.
4.2. The all documents indicated above should be uploaded and shall be opened at
the time of Technical bid opening.
5. PRICE BID - COVER ”B”
5.1. Cover “B” contains the Price Bid of the Tenderer.
i) The Tenderer shall fill in the rate per unit size, % age rate of GST and total rate inclusive of
GST in respective column of BOQ for the items quoted.
(ii)Determination of L1 bidder:
(a) In determining the lowest evaluated price, the rate quoted per unit size inclusive if GST
as indicated in column No. 8 of the BOQ shall be taken into consideration.
(b) (i) If the participating Micro and Small Enterprises (MSE) meets all the other eligibility
criteria and their quoting price is within price band of L1+15 (fifteen) per cent shall also be
allowed to supply a portion of requirement by bringing down their price to L1 price in a
situation where L1 price is from someone other than a MSE and such MSE shall be
allowed to supply up to 20 (twenty) per cent of total tendered value. The 20 (twenty) per
BPPI/Surgical-59/2018
Page 13 of 59
cent quantity is to be distributed proportionately among these bidders, in case there are
more than one MSMEs within such price band.
(ii) Within this 20% (Twenty Percent) quantity, a purchase preference of four per cent
(that is, 20 (twenty) per cent out of 20 (twenty) per cent) will be reserved for MSEs owned
by Scheduled Caste (SC)/Scheduled Tribe (ST) entrepreneurs (if they participate in the
tender process and match the L1 price). Provided that, in event of failure of such SC/ST
MSE to participate in tender process or meet tender requirements and L1 price, four per
cent sub-target shall be met from other MSE. MSEs would be treated as owned by SC/ ST
entrepreneurs: a) In case of proprietary MSE, proprietor(s) shall be SC /ST b) In case of
partnership MSE, the SC/ST partners shall be holding at least 51% (fifty-one percent)
shares in the unit c) In case of Private Limited Companies, at least 51% (fifty-one percent)
share shall be held by SC/ST promoters.
(iii) The rate quoted inclusive of GST in column 8 of BOQ should be for a unit size
and for the given specification. The rates quoted should be in rupees and paisa up to
2 digits. The Tenderer is not permitted to change/alter specification or unit
size given in the ANNEXURE-VII.
(iv) GST (Goods and Services Tax)-The tenderers must indicate the rate of GST
applicable and payable by them. In case no information is given, it shall be presumed that
rate are inclusive of GST and no GST shall be charged by them under any circumstances.
(v) The bidder is required to indicate GST in % only against the heading of column
BOQ and not to indicate amount of GST in Rs. at particular cell of excel sheet of
BOQ.
6. OPENING OF COVER “A” AND COVER “B” OF TENDER
6.1 Only authorized official as indicated in Clause 4.1. (d) are entitled to be present at
the time of opening of Technical Bid - Cover “A” of the tender submitted by them.
6.2 Tenderers, who are found eligible on satisfying the criteria for technical
evaluation/based on undertakings & Declaration, will only be informed the time and
date of opening of Price Bid - Cover “B” of the tender.
6.3 In case, the date for opening of technical bid is declared holiday, the technical bid
shall be opened on next working day at 11.30 P.M.
BPPI/Surgical-59/2018
Page 14 of 59
7. EARNEST MONEY DEPOSIT
7.1. The Earnest Money Deposit referred to under Clause 3(ii) & 4.1(b), shall be
Rs. 50,000/-. The Earnest Money Deposit shall be paid in the form of Bank
Gurantee or Bankers Cheque or Demand Draft in favour of BUREAU OF
PHARMA PUBLIC SECTOR UNDERTAKINGS OF INDIA, payable at
Gurgaon/Delhi. In case EMD in form of Bank Guarantee, Irrevocable Bank
Guarantee in favour of Bureau of Pharma Public Sector Undertakings of India from
any Nationalised/scheduled Bank should be valid for a period beyond 270 days/9
months from the date of tender opening. The format of Bank Guarantee is at
ANNEXURE-VI. BPPI will not pay interest on any deposit held in the form of
Bankers Cheque or Demand Draft.
7.2. (i) The tender submitted without sufficient EMD will be summarily rejected.
(ii) The Earnest Money Deposit will be refunded to the successful bidders within 30
days from the date of signing the contract agreement and on the deposit of Security
Deposit.
(iii) The Earnest Money Deposit (EMD) of the unsuccessful bidders will be returned
after finalization of tender/signing of agreement with eligible bidder.
(iv) The Earnest Money Deposit (EMD) will be forfeited, if the tenderer withdraws
his bid any time after opening of price bid / non execution of agreement /undertaking
within the period prescribed.
(v) The Earnest Money Deposit (EMD) will be forfeited, in case of the lowest
bidder, fails to execute the contract agreement and / or deposit the security Deposit
within the stipulated time. The EMD shall be forfeited if the undertaking as Annexure II
is not found correct.
(vi) Tenderer may be exempted from the payment of EMD, if valid registration
certificate from NSIC/MSME is uploaded for the product for which bidder has
submitted quotation.
(vii) PSUs are exempted from the payment of EMD.
BPPI/Surgical-59/2018
Page 15 of 59
8. OTHER CONDITIONS
8.1.(i) The details of the required Sanitary Napkins are shown in ANNEXURE -
VII. The tender quantity mentioned herein is not a fixed procurement quantity and it
is only a tentative requirement and may be increased or decreased by the BPPI, at its
discretion, depending on it is actual need. Though the tentative quantity is indicated in
the agreement, the BPPI, will confirm the actual requirement then / there through
purchase order/orders. The tenderers shall supply the Sanitary Napkins only on the basis
of the purchase order issued time to time within validity of contract period by the BPPI.
Any supply without a valid purchase order will not be acceptable by BPPI and the BPPI
shall not be responsible for any loss on this account.
(ii) The Tenderer shall fill in manufacturing capacity per year in units and manufacturing
batch size in units for each quoted product in required column of ANNEXURE –VIII
and upload along with technical bid.
(iii) However, once the purchase order/orders is/are issued by the BPPI, the tenderer
shall not renege from the commitment of supplying the quantity mentioned in the
agreement / undertaking.
(iv) The rates quoted shall not be varied with the ordered quantity during the full
contract period.
8.2. Tender has been called for in the Generic name of Products. The Tenderers
should quote the rates for the generic products only. The composition, strength and
packing of each product should be as per specifications given in ANNEXURE-
VII. Any variation, if found, will result in rejection of the tender. However the imported
Sanitary Napkins are allowed to quote in trade / brand name.
8.3. Rates (inclusive of Customs duty, packing & forwarding charges, transportation,
insurance and any incidental charges, but exclusive GST should be quoted for each of
the required product etc., separately on door delivery basis according to the unit
ordered. Tender for the supply of products etc. with cross conditions like “AT
CURRENT MARKET RATES” shall not be accepted. Handling, clearing, transport
charges etc., will not be paid separately. The delivery should be made as stipulated in
the purchase order placed with Tenderers.
8.4. Each bid must contain not only the unit rate but also the total value of each item
quoted for supply in the respective columns. The aggregate value of all the items quoted
in the tender shall also be furnished.
BPPI/Surgical-59/2018
Page 16 of 59
8.5. (i) The price quoted by the tenderers shall not, in any case exceed the DPCO
controlled price, if any, fixed by the Central/State Government, the Maximum Retail
Price (MRP) and the selling price of the tenderer. Tender Inviting Authority at its
discretion, may exercise, the right to revise the price at any stage so as to conform to the
controlled price or MRP or the selling price of the tenderer as the case may be. This
discretion will be exercised without prejudice to any other action that may be taken
against the Tenderer.
(ii)The price quoted by the tenderers shall not, in any case exceed net dealer price.
(iii) FALL CLAUSE:
If at any time during the execution of the contract, the controlled price becomes lower
or the supplier reduces the sale price or sells or offers to sell such stores, as are covered
under the contract, to any person / organization including the purchaser or any
department of Central government/state Govt. or its procurement agencies at a price
lower than the price chargeable under the contract, he shall forthwith notify such
reduction or sale or offer of sale to the purchaser and the price payable under the
contract for the stores supplied after the date of coming into force of such reduction or
sale or offer of sale shall stand correspondingly reduced.
8.6. The rates quoted and accepted will be binding on the Tenderer for the full
contract period of two years and any increase in the price will not be entertained till
the completion of this contract period. Accordingly, this clause will be applicable for
all orders placed during the contract period. However, agreement validity period
may be extended for period up to further one year at same rate, terms &
conditions with the consent of the supplier.
8.7. No Tenderer shall be allowed at any time and on any ground, whatsoever it
may be, to claim revision or modification in the rates quoted by them. Representation
to make correction in the tender documents on the ground of Clerical error,
typographical error, etc., committed by the Tenderers in the Bids shall not be
entertained after submission of the tenders. Cross Conditions such as “SUBJECT TO
AVAILABILITY”, “SUPPLIES WILL BE MADE AS AND WHEN SUPPLIES
ARE RECEIVED” etc., will not be entertained under any circumstances and the
tenders of those who have mentioned such conditions shall be treated as incomplete
and accordingly the Tender will be summarily rejected.
8.8. Supplies should be made directly by the tenderer and not through any other
Agency / Dealer / Distributors.
8.9. The Tenderer shall allow inspection of the factory at any time after the
opening of technical bid and during the entire contract period by a team of
Experts/Officials nominated by the Tender Inviting Authority for the purpose. The
BPPI/Surgical-59/2018
Page 17 of 59
Tenderer shall extend necessary cooperation to such team in inspection of the
manufacturing process, quality control measures adopted etc., in the manufacture of
the items quoted. If Company/Firm does not allow for any such inspection, their
tenders will be rejected. If any such situation arises after placement of contract, the
same shall be cancelled at the firm’s risk cost.
8.10 “MRP inclusive of all taxes” is to be printed on each unit/label. MRP will be
intimated to successful bidders at the time of placing purchase orders.
9. ACCEPTANCE OF TENDER
9.1. (i) Evaluation of the tender and determination of the L1 rate (Lowest rate) will be
done based on rate per unit size inclusive of GST as mentioned in column 8 of BOQ
However, to have additional source of supply, the L1 bidder shall be awarded
contract/Price agreement for 50% of tender quantity indicated in the tender document.
Balance 50% of the tender quantity indicated in the tender document shall be awarded
to L2 bidder if they agree to supply the products at L1 rates.
(ii) In case, L2 bidder does not agree to match L1 rate, 100% tender quantity shall be
awarded to L1 bidder. The purchase order shall be issued to L1 bidders and in case
they fail to supply in stipulated time or due to quality failure, the purchase order shall be
issued to L2 bidder. During the Price agreement period of 2 years, in case L1 bidder
completes the supply of items for contracted quantity, next supply shall be taken from
L2 bidder accordingly for contracted quantity.
(iii). The issue of purchase orders in same manner as mentioned above. Negotiation if
required will be done at our premises and the same will be done strictly as per Central
Vigilance Commission guidelines.
Note 1.:- No quantity distribution shall be applicable if L1 rates quoted by more than one
bidder keeping in view of sharing of quantity as per clause no. 11(c) .
Note 2. No undue advantage shall be given for additional quantity to L2 Bidders or
MSME while matching/reducing the rate with respect to L1 rate.
9.2. BPPI reserves the right to accept or reject the tender for the supply of all or any
one or more items of the Sanitary Napkins tendered for in a tender without assigning
any reason.
9.3. BPPI or its authorized representative(s) has/have the right to inspect the
manufacturing premises of Tenderers, before accepting the rate quoted by them or
before releasing any purchase order(s) or at any point of time during the continuance of
tender and also has the right to reject the tender or terminate/cancel the purchase orders
issued and/or not to place further order, based on adverse reports brought out during
such inspections.
BPPI/Surgical-59/2018
Page 18 of 59
9.4 The acceptance of the tenders for Price Agreement for two years period will be
communicated to the Tenderers in writing (ANNEXURE IX).
10. SECURITY DEPOSIT AND AGREEMENT
10.1Security Deposit:
On being informed about the acceptance of the tender and at the time of signing the
Agreement, the Tenderer shall pay the Security Deposit @5% of value of 50%
quantity i.e. one year quantity out of 2 years quantity of agreement signed in the
form of Demand Draft or irrevocable Bank Guarantee in favour of Bureau of Pharma
Public Sector Undertakings of India from any scheduled Bank. In case the Security
Deposit is paid in form of Bank Guarantee, the bank guarantee shall be valid for a
period beyond one year of the validity of the agreement. The format of Bank
Guarantee is at ANNEXURE-X. Due to non- purchase of quantity mentioned in the acceptance letter for 2 years price agreement, at later stage tenderer shall be allowed to replace bank Guarantee with lesser amount fresh Bank Guarantee if tenderer requests for such replacement.
10.2. The Tenderer shall not, at any time, assign, sub-let or make over the contract or
the benefit thereof or any part thereof to any person or persons what so ever.
10.3. All notices or communications relating to and arising out of this price agreement
or any of the terms thereof shall be considered duly served on or given to the Tenderer
if delivered to him or left at the premises, places of business or abode as provided by
the tenderer.
10.4. If the lowest selected Tenderer fails to deposit the required performance security
deposit within the time specified or withdraws the tender, after the intimation of the
acceptance of the tender or owing to any other reasons to undertake the contract, the
contract will be cancelled and the Earnest Money Deposit deposited by the tenderer
along with the tender shall stand forfeited by the BPPI and the firm will also be liable
for all damages sustained by the BPPI apart from blacklisting and other penal actions.
The performance security deposit shall be forfeited if the undertaking as Annexure II is
not found correct.
10.5. The performance security deposit of supplier will be returned by BPPI only after
the supplier has given undertaking to replace such medicines and indemnify BPPI
against any loses on account of quality parameters.
BPPI/Surgical-59/2018
Page 19 of 59
11. METHODOLOGY FOR PLACING ORDERS
For the above purpose the following procedures will be adopted
(a) After the conclusion of Price Bid opening (Cover B), the rates offered by tenderers
for each product are evaluated and lowest acceptable rate (L1 Rate) arrived at is
declared and that tenderer is informed.
(b) The Successful Tenderer is eligible for the placement of Purchase Orders only
after depositing the required amount as Performance Security and on execution of the
agreement.
(c) If two or more than two Tenderer’s are declared as lowest suppliers for the same
item(s), such Tenderers shall execute necessary agreement as specified in the Tender
Document on depositing the required amount as Performance Security and on execution
of the agreement such Tenderers are eligible for the placement of Purchase Orders for
such item(s) for which they are declared as lowest. Placement of order shall be shared
equally amongst these bidders subject to their manufacturing capacity.
(d) In the case of purchase of goods where the quantity offered at the lowest price is
less than the total quantity required, the BPPI may, after placing orders with the lowest
evaluated Tenderer for the entire quantity offered by such Tenderer subject to his ability
to supply, require all the other eligible Tenderers who participated in the tender and
offered a price higher than that offered by the lowest evaluated Tenderer, to submit
sealed offers of the quantity they would be willing to supply at the price quoted by the
lowest evaluated Tenderer, and thereafter place orders for the remaining required
quantity with all those who match the lowest evaluated price such that those who bid
lower prices in the original tender get a higher priority for supply.
(e) If a supplier fails to execute supply order, the 5% value of supply order shall be
recovered from pending bill or EMD/Bank Guarantee and their bad performance shall
be kept in record of BPPI for future dealing as considered appropriate by BPPI.
(f) Notwithstanding anything contained in para (e) above, the supplier, after
committing the default in supply either partly or fully, can inform the BPPI about his
willingness to execute the Purchase Order during the tender period. The BPPI at
discretion may consider the willingness of the supplier on merit. However, such
supplies will be subjected to the levy of Liquidated Damages, unexecuted fine and other
penalties as stipulated in the tender document, agreement and purchase order.
BPPI/Surgical-59/2018
Page 20 of 59
(g) The supplier shall start supply of the Sanitary Napkins required by BPPI at Central
Ware House (CWH), Gurgaon or any other place decided by BPPI within the stipulated
period.
(h) The Sanitary Napkins supplied in excess of the ordered quantity shall not be
accepted and the supplier shall take back the excess at their cost. BPPI will not be
responsible for the loss to the supplier and will not entertain any demand/claim.
(i) The supplier shall supply the Sanitary Napkins at the CWH, Gurgaon along with
copy of Purchase order, copy of test reports and 3 original copies of Invoice. No
payment will be processed without test reports.
(j) The supplier shall take utmost care in supplying the quality Sanitary Napkins and
ensure that the batch number mentioned in the packages of the Sanitary Napkins tally
with the batch number mentioned in the Invoice produced to BPPI for payment. Also
the supplier shall ensure the quantity relevant to the Batch Number of Sanitary Napkins
is mentioned in the invoice.
(k) It is the duty of the supplier to supply Sanitary Napkins at the CWH Gurgaon or
any other place decided by BPPI and supply shall conform to the conditions mentioned
in the provisions of tender documents, viz., logo, nomenclature, specification etc.,
(l) Subject to above, BPPI will process the invoices submitted by the supplier and
the payments against supply will be made within 30 days from the date the Sanitary
Napkins supplied has been declared of STANDARD QUALITY, by the Empanelled
laboratory of BPPI subject to various terms and conditions of the tender.
(m) Subject to the conditions mentioned in the Purchase Order, Tender Document,
Agreement executed by the supplier and here under, the Supplier is entitled for the
payment against supply. In case of any discrepancy in levy of LD, Penalty, Unexecuted
Fine, Short Passing of Bills, such discrepancy shall be intimated within 30 days from
the date of receipt of payment, failing which BPPI will not entertain any claim
thereafter.
(n) BPPI reserves the right to place upto 50% additional purchase order of the
quantities as contracted within validity of contract.
BPPI/Surgical-59/2018
Page 21 of 59
12. SUPPLY CONDITIONS
12.1. Purchase orders will be issued to the Tenderer(s) at the discretion of the BPPI as
per actual requirements. All the supplies shall be received at the central warehouse at
Gurgaon or any other place decided by BPPI.
12.2. Within 3 days from the receipt of purchase orders the Tenderer should inform
BPPI through fax and mail the confirmation for the receipt of the purchase order.
12.3. The Tenderer should also fax and mail the details of supply dates as specified in
Annexure, to BPPI within 7 days from the receipt of the purchase order. In case, the
supply shall not be made by the date as conveyed by the supplier, supply order shall be
cancelled at their risk and cost. If no response is received within 7 days from the
supplier / tenderer about supply of Sanitary Napkins as per purchase order, it shall be
presumed that the supplier/tenderer is not interested to supply the Sanitary Napkins
ordered as per purchase order and BPPI shall purchase the Sanitary Napkins from
alternative sources.
12.4. (a) For the first and subsequent purchase orders, the supplier must supply the
ordered quantity CWH Gurgaon within 30 days from the date of Purchase Order.
(b)In case of Non- execution of the order, BPPI reserves the right to place purchase
orders (partially/fully) on alternate source at the risk and cost of the default tenderer(s)
without any notice/Information.
(c) If the Tenderer fails to execute the supply within the stipulated time, the BPPI is at
liberty to make alternative arrangement for purchase of the items for which the
Purchase orders have been placed, from any other sources or in the open market or from
any other Tenderer who might have quoted higher rates, at the risk and the cost of the
defaulted supplier and in such cases the BPPI has every right to recover the cost and
impose Liquidated Damages as mentioned in Clause 18.
(d) The liquidated damages as specified in clause 18.1 and 18.2 of the tender
conditions will be levied on the quantity supplied after 30th
day for 12.4 (a). However,
no supplies will be accepted after 60th
days for 12.4 (a) from the date of issue of
purchase order and the purchase order shall be cancelled at the risk and cost of the
supplier. However, the supplier must take prior approval from BPPI for supply of
items beyond stipulated delivery period in Purchase order.
12.5. Supplier shall complete the earliest pending purchase order before commencing
the supply of subsequent purchase orders. Further, supplies against a purchase order
are to be made in minimum numbers of batches as far as possible and same batch
should not be supplied in repeated consignment.
BPPI/Surgical-59/2018
Page 22 of 59
12.6. The supplied Surgical Items should have the prescribed specifications throughout the
shelf life period as prescribed in the standards and in relevant Pharmacopoeias. All other
items of Surgical Items should have shelf life period as prescribed in drugs and cosmetics
act 1940. Each batch of product (s) supplied should have ingredients of the high-quality
materials at the entry level to the CWH Gurgaon as prescribed in the official
Pharmacopoeias or any other standards throughout its shelf life. Failure to comply with this
condition may lead to rejection of items at discretion of BPPI.
12.7. The Tenderer must submit an Analysis report for every batch of Sanitary
Napkins along with invoice. In case of failure on part of the supplier to furnish such
report, the batch of Sanitary Napkins will be returned back to the suppliers and he is
bound to replenish the same with Govt. approved lab test report. The Sanitary Napkins
supplied by the successful Tenderer shall be of the best quality and shall comply with
the specifications, stipulations and conditions specified in the tender.
12.8. Tenderer should supply the product with minimum 80% shelf life.
12.9. If at any time the Tenderer has, in the opinion of the BPPI delayed the supply of
Sanitary Napkins due to one or more reasons related to Force Majeure events such as
riots, mutinies, wars, fire, storm, tempest or other exceptional events at the
manufacturing premises, the time for supplying the Sanitary Napkins may be extended
by the BPPI at discretion for such period as may be considered reasonable. However,
such extension shall be considered only if a specific written request is made by the
Tenderer within 10 days from the date of occurrence of such event with necessary
documentary evidence. The exceptional events does not include the Scarcity of raw
material, Increase in the cost of raw material, Electricity failure, Labour
disputes/Strikes, Insolvency, and Closure of the Factory/Manufacturing unit on any
grounds etc.
12.10. The supplier shall not be liable to pay LD and forfeiture of security deposit for
the delay in executing the contract on account of the extension of supply period on the
ground of force majeure events.
12.11Suppliers are required to supply the items within the delivery period
mentioned in the purchase order. In this regard it is informed to the bidders that
their performance shall be considered unsatisfactory in case of delayed supply
(beyond delivery period) or non-supply of products. BPPI may reject their bid in
future tenders considering their unsatisfactory performance of supplies.
12.12 BPPI reserves the right to call for the sample of the product quoted by the
bidder either before the opening of price bid or after opening of price bid & supply
should be as per sample against the tender failing which action shall be taken
against the supplier as per terms of the tender. In case samples does not conform
BPPI/Surgical-59/2018
Page 23 of 59
to the statutory standards, good organoleptic characters & quality, their bid/contract
shall be rejected/cancelled.
13. LOGOGRAMS
Logogram means, wherever the context occurs, the design as specified in
ANNEXURE-XI. The name of the Sanitary Napkins shall be mentioned in English
and Hindi.
13.1. Tenders for the supply for Products shall be considered only if the Tenderer
gives an undertaking that the product(s) will be prepared as per the specifications such
as name, Size as per the design enclosed as per ANNEXURE –XI.
!3.2 All products have to be supplied in standard packing with printed logogram of
proportionate size and shall also confirm to all standards as applicable.
13.3. Failure to supply Sanitary Napkins etc., with the printed logogram of
proportionate size will be treated as breach of the terms of agreement / violation of
tender conditions. The purchase order shall be cancelled at the risk and cost of the
supplier. However, if such failure continuous despite notice, will be viewed as a serious
lapse and initiate blacklisting of the supplier.
Tenderers who are not willing to agree to conditions above will be summarily rejected.
13.4. For imported Sanitary Napkins, the supplies will be accepted as per packing and
label by foreign manufacturer in their brand subject to affixing sticker for Logo as
approved by BPPI & BPPI MRP.
14.PACKING
14.1 The Surgical Items shall be supplied in the package specified in ANNEXURE-VII and
the package shall carry the logograms of proportionate size specified in ANNEXURE-XI.
Affixing of labels in smaller size will be treated as violation of tender conditions and fine
will be deducted from the amount payable as per condition in Clause 18.5
14.2It should be ensured that only first hand fresh packaging material of uniform size is
used for packing.
14.3All primary packing containers should be strictly conforming to the specification
included in the relevant standards.
14.4Packing should be able to prevent damage or deterioration during transit.
BPPI/Surgical-59/2018
Page 24 of 59
14.5 In the event of items supplied found to be not as per specifications in respect of
their packing and logogram, the BPPI., is at liberty to make alternative purchase of the
items of Surgical Items for which the Purchase orders have been placed from any other
sources or in the open market or from any other Tenderer who might have quoted higher
rates, at the risk and the cost of the supplier. In such cases the BPPI has every right to
recover the cost and impose penalty as mentioned in Clause 18.5.
15.QUALITY TESTING
15.1. Samples of supplies from each batch will be chosen at the point of dispatch at
supplier’s site or receipt of supply or distribution/storage points for testing at discretion
of BPPI. The samples will be sent to different laboratories including Government
Testing Laboratory for testing as decided by the BPPI Handling and testing charges will
be deducted by BPPI for the above purpose, as specified in Clause 17.
15.2. The Sanitary Napkins shall have to maintain the standard at the prescribed level
as indicated in official compendiums throughout the shelf life period. The samples will
be drawn periodically throughout the shelf life period and if found “Not of Standard
Quality”, the cost of entire batch paid will be recovered whether consumed
fully/partially. Also action will be initiated for blacklisting as per clause No.19
irrespective of the period of supply. The supplies will be deemed to be completed only
upon receipt of the quality certificates from the laboratories. Samples which do not
meet quality requirement shall render the relevant batches liable to be rejected. If the
sample is declared to be “Not of Standard Quality” or spurious or adulterated or
misbranded, such batch/batches will be deemed to be rejected goods.
15.3. In the event of the samples of Sanitary Napkins supplied fails in quality tests or
found to be not as per specifications, the BPPI is at liberty to make alternative purchase
of the items of Sanitary Napkins for which the Purchase orders have been placed from
any other sources or in the open market or from any other Tenderer who might have
quoted higher rates, at the risk and the cost of the supplier and in such cases the BPPI
has every right to recover the cost and impose penalty as mentioned in Clause 19.
15.4. The supplier shall furnish evidence of the basis for shelf life and other stability
data concerning the commercial final package on request by the BPPI. In case of any
complaint in the field, the B.M.R/B.P.R for the particular batch of the product(s)
supplied shall be produced when demanded.
15.5. The products should conform to the standards .. In case the product is not
included in the any of the said compendiums, the supplier, upon award of the contract,
must provide the reference standards and testing protocols for quality control testing.
For imported Sanitary Napkins, respective Country’s standards shall be acceptable.
BPPI/Surgical-59/2018
Page 25 of 59
16. PAYMENT PROVISIONS
16.1. No advance payments towards costs of Sanitary Napkins., will be made to the
Tenderer.
16.2. Payments towards the supply of Sanitary Napkins will be made within 60 days
from the date of receipt of goods, strictly as per the tender terms and condition. The
payment will be made either by means of a/c payee Cheque or through RTGS (Real
Time Gross Settlement System)/Core Banking/NEFT. The Tenderer shall furnish the
relevant details in original (ANNEXURE -XII) to make the payment through
RTGS/Core Banking/NEFT.
16.3. All bills/Invoices should be raised in triplicate and in the case of excisable
Sanitary Napkins , the bills should be drawn as per Central Excise Rules in the name of
Bureau of Pharma Public Sector Undertakings of India. 8th Floor, Videocon Tower,
Block-E1,Jhandewalan Extension, New Delhi-110055 or in the name of any
other authority as may be designated.
16.4. (i) Payments for supply will be considered only after supply of minimum 50%
of Sanitary Napkins ordered in the individual Purchase Order PROVIDED reports of
Standard Quality on samples testing are received from Government Analyst or
Approved Laboratories of BPPI.
(ii) However, in case of cancellation of a particular purchase order due to failure in
delivery, payment for part supplies less than 50% of the purchase order quantity on the
date of cancellation of the purchase order may be considered for release of payment
subject to the following:
(a) If the Tenderer have supplied at least 50% of the quantity ordered in the
subsequent purchase order within delivery period stipulated in purchase order from the
issue of such purchase order.
(b) If further purchase order is not placed with the supplier due to any reason, not
attributable to the supplier, the amount eligible will be paid within 60 days from the
date of last supply.
BPPI/Surgical-59/2018
Page 26 of 59
(c) The payment for part supply as mentioned above will subject to the deduction of
liquidated damages, penalty towards unexecuted quantity, risk and cost etc., as per the
tender conditions.
16.5. If at any time during the period of contract, the price of tendered items is
reduced or brought down by any law or Act of the Central or State Government or by
the Tenderer himself, the Tenderer shall be bound to inform the BPPI immediately
about such reduction in the contracted prices. Tender Inviting Authority is empowered
to unilaterally effect such reduction as is necessary in rates in case the Tenderer fails to
notify or fails to agree for such reduction of rates.
16.6. In case of any increase of decrease in the taxes, such as excise duty, customs
duty, sales tax, VAT etc., after the date of submission of tenders and during the tender
period, such variation in the taxes will be to the account of the BPPI. For claiming the
additional cost on account of the increase in taxes, the Tenderer should produce the
proof of having paid additional amount on this account on the goods supplied to BPPI
from the concerned Excise authorities and also must claim the same in the invoice
separately. However, the basic price structure and the price of the Sanitary Napkins
approved under the tender shall not be altered.
Similarly, if there is any reduction in the taxes and statutory levies as notified by the
Govt., after the date of submission of tender, the Tenderer will be paid based on the unit
rate worked out on the basis of the reduced taxes/statutory levies without any change in
the basic price or the price structure of the Sanitary Napkins approved under the tender.
Any increase or decrease in taxes and statutory levies will be considered based on the
notification issued by the Government.
However, if the firm supplies after originally stipulated Delivery period, increase in
taxes due to statutory variation in taxes shall be borne by the supplier. In case of
decrease in taxes due to statutory variation in taxes, the same shall be passed on by the
supplier to the BPPI.
17. HANDLING & TESTING CHARGES:
No handling & testing charges shall be applicable.
18. LIQUIDATED DAMAGES AND OTHER PENALTIES:
18.1. If the supply reaches the designated places or Central Warehouse after 5 PM of
30th day from the date of issue of purchase order , a liquidated damage will be levied at
2% per week or part thereof, subject to maximum of 10% irrespective of the fact that
BPPI/Surgical-59/2018
Page 27 of 59
whether the BPPI has suffered any damage/loss or not, on account of delay in effecting
supply. If the 30th
day happens to be a holiday the supply will be accepted on the next
working day without any penalty.
18.2. If the supply is received in damaged condition, open delivery of the supplies
shall be received, wherein it is possible to physically inspect the shipment. Damaged
products shall not be accepted.
18.3. All the Tenderers are required to supply the product(s) with printed logogram of
appropriate size on the strips, blisters, vials, ampoules& bottles and with prescribed
packing specification. If there are any deviation in these Tender conditions, action will
be taken to blacklist the product and/or a separate damages will be levied @ 5% of
value of the defaulted quantity irrespective of the Tender Inviting Authority having
actually suffered any damage/loss or not, without prejudice the rights of alternative
purchase specified in Clause No.14.11 and 13.4.
19. DEDUCTION & OTHER PENALTIES ON ACCOUNT OF QUALITY
FAILURE:
19.1. If the samples do not conform to statutory standards, the Tenderer will be liable
for relevant action under the existing laws and the entire stock in such batch has to be
taken back by the Tenderer within a period of 30 days of the issue of the letter from the
BPPI Such stock shall be taken back at the expense of the Tenderer. Further, actual
handling and testing charges shall be paid to BPPI by the supplier otherwise these
charges shall be recovered from their pending bill/EMD/security deposit. The BPPI has
the right to destroy such “NOT OF STANDARD QUALITY Sanitary Napkins” if the
Tenderer does not take back the goods within the stipulated time. The BPPI will arrange
to destroy the “NOT OF STANDARD QUALITY Sanitary Napkins” after the expiry of
30 days mentioned above without further notice, and shall also collect demurrage
charges calculated at the rate of 2% per week on the value of the Sanitary Napkins
rejected till such time stipulated. Further, the cost of disposal shall be recovered from
the supplier.
19.2. If any Sanitary Napkins supplied by the Tenderer have been partially or wholly
used or consumed after supply and are subsequently found to be in bad odour, unsound,
inferior in quality or description or otherwise faulty or unfit for consumption, then the
contract price or prices of total such batches supplied will be recovered from the
Tenderer, if payment had already been made to him. In other words the Tenderer will
not be entitled to any payment whatsoever for Items of Sanitary Napkins found to be of
“NOT OF STANDARD QUALITY” whether consumed or not consumed and the
Tender Inviting Authority is entitled to deduct the cost of such batch of Sanitary
Napkins from any amount payable to the Tenderer. On the basis of the nature of failure,
action will be initiated to blacklist the product/supplier.
BPPI/Surgical-59/2018
Page 28 of 59
19.3. For the supply of Spurious quality, BPPI reserves the right to blacklist the
supplier. No further supplies shall be accepted from the firm/company. If the tenderer is
blacklisted, the tenderer shall also not be eligible to participate in tenders of Tender
Inviting Authority of BPPI for supply of Sanitary Napkins for a period of 5 years from
the date of blacklisting. In case of supply of NOT OF STANDARD QUALITY Sanitary
Napkins to BPPI, the product shall be blacklisted by BPPI and no further supplies shall
be accepted for the particular Sanitary Napkins. The Tenderer shall also not be eligible
to participate in tenders of BPPI for supply of such Sanitary Napkins for a period of 2
years from the date of blacklisting. In addition, the concerned government authority
will be informed for initiating necessary action on the Tenderer in their state. Security
deposit will also be forfeited without any intimation.
19.4. The Tenderer shall furnish the source of procurement of raw material utilized in
the formulations, if required by the BPPI. The BPPI reserves the right to cancel the
purchase orders, if the source of supply is not furnished.
19.5. The decision of the BPPI or any officer authorized by him, as to the quality of
the supplied Sanitary Napkins., shall be final and binding. In such cases, the BPPI will
be at liberty to terminate, the contract either wholly or in part on 30 days’ notice. The
Tenderer will not be entitled for any compensation whatsoever in respect of such
termination besides forfeiture of Security deposit.
19.6. For contravention of the stipulations of the contract or for other justifiable
reasons, the contract may be terminated by the BPPI, and the Tenderer shall be liable to
pay for all losses sustained by the BPPI in consequence of the termination which may
be recovered from the Tenderer, as per rules besides forfeiture of Security deposit.
19.7. Non-performance of any of the contract conditions and provisions will
disqualify a firm from participating in the tender for the next 2 years besides forfeiture
of Security deposit.
19.8. In the event of making Alternative Purchase, as specified in Clause 12.4 (a),
Clause 14.11 and in Clause 15.3 penalty will be imposed on the supplier. The excess
expenditure over and above contracted prices incurred by the BPPI in making such
purchases from any other sources or in the open market or from any other Tenderer who
has quoted higher rates and other losses sustained in the process, shall be recovered
from the Security Deposit or from any other money due and become due to the supplier
and in the event of such amount being insufficient, the balance will be recovered
personally from the supplier as per rules.
19.9. In all the above conditions, the decision of the BPPI shall be final and binding.
BPPI/Surgical-59/2018
Page 29 of 59
20. BLACK LISTING IN THE EVENT OF WITHDRAWL FROM THE
TENDER, AND NON-ADHERENCE TO THE QUALITY STANDARDS AND
SUPPLY SCHEDULE
20.1. BLACKLISTING OF PRODUCT/TENDERER ON WITHDRAWAL OF
TENDER
(a) If the Tenderer(s) fails to execute the agreement / to perform the obligations
under the tender conditions / commits default in the performance of the contract, such
Tenderers will be blacklisted for a period of 2 years by BPPI from the date of observing
the defect besides forfeiture of Security deposit.
BLACKLISTING FOR QUALITY FAILURE
20.2.1. Quality Test by the Empanelled Laboratories of BPPI
a. Each and every batch of Sanitary Napkins shall be subjected to quality test by
the Empanelled laboratories.
b. The samples collected from each batch of supply of the each Sanitary Napkins will
be sent to the empanelled testing laboratories for testing the quality of surgical
consumable. In addition to the above BPPI shall also draw the samples of products
supplied in the market place and get the same tested, to make sure the products are
conforming to quality requirements.
c. If such sample passes quality test in all respects, BPPI will instruct its Warehouse
to release such items of Sanitary Napkins.
d. If the sample fails in quality test and report is received certifying that sample is
“NOT OF STANDARD QUALITY” then supplies will be rejected & no further
procurement of that surgical consumable from the supplier for two years from the date
of sample being declared not of standard quality. If the supplier challenges and request
for re- testing, the rejected supply shall be tested in two labs simultaneously at the cost
of supplier. The cost testing shall be recovered from the supplier.
(i) If such sample passes the quality test in both laboratories, the Sanitary Napkins
representing the sample shall be qualified for issue to various Institutions.
BPPI/Surgical-59/2018
Page 30 of 59
(ii) If the sample passes in one laboratory and fails in other laboratory or fails in both
laboratories, the supply shall be rejected. No further procurement of said Sanitary
Napkins shall be made from such supplier.
(iii) If 3 batches of item/surgical consumable supplied by the same supplier is reported
to NOT OF STANDARD QUALITY in specification, then the firm shall be blacklisted
for 2 years after observing procedure laid down in Para 20.2.3 besides forfeiture of
Security Deposit.
20.2.2 Quality Test by Statutory Authorities:
(a) If any surgical consumable is declared “NOT OF STANDARD QUALITY”, by any
government agencies or drug licensing authority, the issue of available stock of the
particular item will be stopped. Further, the available stock of the product in
hospitals/JAS will be retrieved.
(b) If any batch of any product(s) supplied by the company/firm declared, NOT OF
STANDARD QUALITY in specification as defined in the Drugs and Cosmetics Act,
1940, by the Government Authorities during the relevant tender period or during quality
check within shelf life period, the company/firm shall be blacklisted for a period of 2
years from the date of blacklisting after observing procedure laid down in Para
20.2.3.
20.2.3 Procedure for Blacklisting: (i) On receipt of complaint from Distributer/retailers/customers or report from Govt. Analyst/Drug Testing Laboratory indicating that a particular Item/Drug is “NOT OF STANDARD QUALITY/ ADULTERATED/ SPURIOUS” (As the case may be), a show cause notice shall be issued to the supplier calling for explanation within 7 days from the date of notice. On receipt of explanation from the supplier, the CEO, BPPI may take appropriate action on merits of the case and impose penalty including the blacklisting of the item of the product/company or firm as deemed fit besides forfeiture of Security deposit.
(ii) If a particular item of the Sanitary Napkins has been blacklisted according to the
procedure stated above, the supplier is not eligible to participate in any of the tenders
for that particular item floated by the BPPI until the period of blacklisting is over. (iii) If a supplier company/firm is blacklisted according to the procedure stated above, such
supplier is not eligible to participate in any of the tenders floated by the BPPI until the period of
blacklisting is over.
BPPI/Surgical-59/2018
Page 31 of 59
20.3 BLACKLISTING FOR NON-SUPPLY:
Due to non supply of item against any purchase order, 5 % value of purchase order shall be
recovered from the supplier in addition of other penal like risk purchase. In case of repeated
circumstances of non supply of items i.e. 3 times , the supplier may be blacklisted for 2 years
in addition of forfeiture of security deposit/ EMD and other penal action.
21. SAVING CLAUSE
No suit, prosecution or any legal proceedings shall lie against the Tender Inviting Authority or
any person for anything that is done in good faith or intended to be done in pursuance of the
tender.
22. RESOLUTION OF DISPUTES
(i) The BPPI and the supplier shall make every effort to resolve, amicably by direct
informal negotiation any disagreement or dispute arising between them under or in
connection with the contract,
ARBITRATION AND JURISDICTION
Normally, there should not be any scope of dispute between theBPPI and the supplier
after entering into a mutually agreed valid contract/agreement. However, due to various unforeseen reasons, problems may arise during the progress of the
contract/agreement leading to disagreement BPPI and the supplier shall first try to resolve the
same amicably by mutual Consultation. If the parties fail to resolve the dispute by such
mutual consultation within twenty-one days, then, depending on the position of the case, either
the BPPI or the supplier shall give notice to other party of its intension to commence Arbitration
procedure as per Indian Arbitration and Conciliation Act, 1996. Such disputes/differences shall
be referred to Sole Arbitrator to be appointed by the President/ CEO of BPPI. The venue of
Arbitration Shall be at New Delhi. The award published by the Arbitrator shall be final and
binding on the parties.
23. APPEAL:
(i) Any Tenderer aggrieved by the order passed by the Tender Accepting Authority
under section 10 of the said Act, may appeal to the Department of Pharmaceuticals,
Ministry of Chemical and Fertilizer, Government of India within ten days from the date
of receipt of order and the Department of Pharmaceuticals, Ministry of Chemical and
Fertilizer, Government of India shall dispose the appeal within fifteen days from the
date of receipt of such appeal.
(ii) No Appeal shall be preferred while the tender is in process and until tender is
finalized and Notification of award is issued by the BPPI.
BPPI/Surgical-59/2018
Page 32 of 59
24. CONTACTING THE BPPI BY THE BIDDER:
(i) No bidder shall contact the BPPI on any matter relating to its bid, from the time of
bid opening to the time the contract is awarded.
(ii) Any effort by a bidder to influence the BPPI in the Purchaser’s bid evaluation,
bid comparison or contract award decisions may result in rejection of the bidder’s bid.
(iii) The bidder shall not make any attempt to establish unsolicited and unauthorized
contact with the Tender Accepting Authority, Tender Inviting Authority or Tender
Scrutiny Committee after opening of the bids and prior to the notification of award and
any attempt by any bidder to bring to bear extraneous pressures on the Tender
Accepting Authority, Inviting Authority or Tender Scrutiny Committee, shall be
sufficient reason to disqualify the bidder.
(iv) Not withstanding anything contained in clause (iii) above the Tender Inviting
Authority or the Tender Accepting Authority, may seek bonafide clarifications from
bidders relating to the bids submitted by them during the evaluation of bids.
25. FRAUDULENT AND CORRUPT PRACTICES:
(1)For bidders:
It is purchaser’s policy to ensure that suppliers and their authorized
representatives/agents observe the highest standard of ethics during the procurement
and execution of such contracts. (In this context, any action taken by a bidder, supplier,
contractor, or by their authorized representatives/agent, to influence the procurement
process or contract execution for undue advantage is improper) In pursuance of this
policy, the purchaser;
(a) defines, for the purposes of this provision, the terms set forth below as follows:
(i) “corrupt practice” is the offering, giving, receiving or soliciting, directly or
indirectly, of anything of value to influence improperly the actions of another party
(“another party” refers to a public official acting in relation to the procurement
process or contract execution]. In this context, “public official” includes staff and
employees of other organizations taking or reviewing procurement decisions.
(ii) “fraudulent practice” is any act or omission, including a misrepresentation, that
knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other
benefit or to avoid an obligation (a “party” refers to a public official; the terms “benefit” and
BPPI/Surgical-59/2018
Page 33 of 59
“obligation” relate to the procurement process or contract execution; and the “act or
omission” is intended to influence the procurement process or contract execution).
(iii) “collusive practice” is an arrangement between two or more parties designed to achieve
an improper purpose, including to influence improperly the actions of another party [“parties”
refers to participants in the procurement process (including public officials) attempting to
establish bid prices at artificial, non competitive level].
(iv) “coercive practice” is impairing or harming, or threatening to impair or harm, directly
or indirectly, any party or the property of the party to influence improperly the actions of a party
(a “party” refers to a participant in the procurement process or contract execution).
(v) “obstructive practice” is (a) deliberately destroying, falsifying, altering or concealing
of evidence material to the investigation or making false statements to investigators in order to
materially impede a investigation into allegations of a corrupt, fraudulent, coercive or collusive
practice; and/or threatening, harassing or intimidating any party to prevent it from disclosing its
knowledge of matters relevant to the investigation or from pursuing the investigation; or acts
intended to materially impede the exercise of the purchaser’s inspection and audit rights
provided for under sub-clause (e) below.
(b) will reject a proposal for award if it determines that the bidder considered for award
has, directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive or
obstructive practices in competing for the contract in question;
(c) will cancel the contract if the purchaser determines at any time that the bidder, supplier
and contractors and their sub contractors engaged in corrupt, fraudulent, collusive, or coercive
practices.
(d) will sanction a firm or individual, including declaring in eligible, either indefinitely or
for a stated period of time, to be awarded a contract if it at any time determines that the firm
has, directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive or
obstructive practices in competing for, or in executing, a contract; and
(e) will have the right to inspect the accounts and records of the bidders, supplier, and
contractors and their subcontractors/authorized representatives and to have them audited by
auditors appointed by the purchaser.
(2) For suppliers:
If the BPPI determines that a Supplier has engaged in corrupt, fraudulent, collusive, coercive or
obstructive practices, in competing for or in executing the Contract, then the BPPI may, after
giving 7 days notice to the Supplier, terminate the Supplier's engagement under the Contract
and cancel the contract, and the procurement will be made at the risk and cost of the supplier
besides blacklisting the bidder for 5 years with forfeiture of Security Deposit apart from other
penal actions.
(a) For the purposes of this Sub-Clause:
BPPI/Surgical-59/2018
Page 34 of 59
(i) “corrupt practice” is the offering, giving, receiving or soliciting, directly or indirectly, of
anything of value to influence improperly the actions of another party;
(ii) “fraudulent practice” is any act or omission, including a misrepresentation, that knowingly
or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to
avoid an obligation;
(iii) “collusive practice” is an arrangement between two or more parties designed to achieve an
improper purpose, including to influence improperly the actions of another party;
(iv) “coercive practice” is impairing or harming, or threatening to impair or harm, directly or
indirectly, any party or the property of the party to influence improperly the actions of a party;
(v) “obstructive practice” is (aa) deliberately destroying, falsifying, altering or concealing
of evidence material to the investigation or making false statements to investigators in order to
materially impede a purchaser investigation into allegations of a corrupt, fraudulent, coercive or
collusive practice; and/or threatening, harassing or intimidating any party to prevent it from
disclosing its knowledge of matters relevant to the investigation or from pursuing the
investigation; or (bb)acts intended to materially impede the exercise of the purchaser’s
inspection and audit rights provided for.
26. JURISDICTION
In the event of any dispute arising out of the tender such dispute would subject to the
jurisdiction of the Civil Court within the city of Delhi only.
--------------------------------------------------------------
BPPI/Surgical-59/2018
Page 35 of 59
ANNEXURE I
(BARCODE REQUIREMENTS}
Reference clause 2(h)
GS1 barcode requirements on Sanitary Napkins procured by Bureau
of Pharma Public Sector undertakings of India (BPPI)
These requirements cover Sanitary Napkins procured by Bureau of Pharma Public Sector
Undertakings of India (BPPI), New Delhi meant for supply and distribution through
BPPI regulated distribution channel.
Barcode based on GS1 identification standards are provided below at various levels of
product packaging which includes primary, secondary and shipper/carton levels and
need to be complied with while supplying Sanitary Napkins to BPPI.
GS1 India is unique identification & barcoding standards body setup by Ministry of
Commerce & Industry, Govt. of India along with APEDA, BIS, Spices board, IIP and
apex industry chambers like CII, FICCI, ASSOCHAM to assist India industry and govt.
bodies on adoption of global standards.
Suppliers are also required to provide GS1 subscription validity certificate at the time of
supply of Sanitary Napkins issued by GS1 India. For validity certificate suppliers can
contact GS1 India at 011-4289-0890
Barcodes based on GS1 global standards are required to be printed on product packaging
at primary, secondary and tertiary packaging levels in addition to other, existing
statutory labelling & marking requirements.
Technical Specification for GS1 Standards
Tertiary Level Pack: Data attributes captured
a) Unique product identification code (GTIN - Global Trade Identification Number)
b) Expiry date
c) Batch no.
d) Quantity
e) Serial Shipping Container Code (SSCC)
e.g. 1st Barcode: (02)1 8901072 00253 4 (17) 180815 (10) RNBXY0514 (37)5000
2nd
Barcode :(00) 1 8901072 001234567 6
BPPI/Surgical-59/2018
Page 36 of 59
Attribute Description Length Nature Data Type
(02)
Application
Identifier to
indicate GTIN-14
Brackets not
encoded in the
barcode
2 Fixed Numeric
1 8901072 00253 6 Unique Product
Number-GTIN-14 14 Fixed Numeric
(17)
Application
Identifier to
indicate Expiry
date Brackets not
encoded in the
barcode
2 Fixed Numeric
180815 Expiry Date in
YYMMDD format 6 Fixed Date
(10)
Application
identifier to
indicate Lot/batch
number
Brackets not
encoded in the
barcode
2 Fixed Numeric
RNBXY0514 Batch No / Lot No 20 Variable Alphanumeric
(37)
Application
identifier to
indicate Quantity in
Outer Carton
2 Fixed Numeric
5000 Quantity/no of units Upto 8 Variable Numeric
BPPI/Surgical-59/2018
Page 37 of 59
(00)
Application
identifier to
indicate the SSCC
Brackets not
encoded in the
barcode
2 Fixed Numeric
1 8901072 001234567 6 Unique number of
the tertiary pack 18 Fixed Numeric
Recommended Barcode –
GS-128
Secondary Level Pack: Data Attributes Captured
a. Unique product identification code (GTIN)
b. Expiry date
c. Batch No.
d. Qty
BPPI/Surgical-59/2018
Page 38 of 59
e.g. Barcode - (02) 1 8901072 00253 6 (17) 180815 (10) RNBXY0514 (37) 500
Attribute Description Length Nature Data Type
(02)
Application
Identifier to
indicate GTIN-14.
Brackets not
encoded in the
barcode
2 Fixed Numeric
1 8901072 00253 6
GTIN-14- Unique
product code with
first digit being the
packaging indicator
14 Fixed Numeric
(17)
Application
Identifier to
indicate Expiry
date
Brackets not
encoded in the
barcode
2 Fixed Numeric
180815 Expiry Date in
YYMMDD format 6 Fixed Date
(10)
Application
identifier to
indicate Lot/batch
Brackets not
encoded in the
barcode
2 Fixed Numeric
RNBXY0514 Batch No / Lot No Upto 20 Variable Alphanumeric
(37) Application
Identifier to
indicate serial
2 Fixed Numeric
BPPI/Surgical-59/2018
Page 39 of 59
number
Brackets not
encoded in the
barcode
500 Quantity/Units in
Secondary pack Upto 8 Variable Alphanumeric
Recommended Barcode
depending upon the
space available – GS1
Data matrix
Or
GS1-128
or
Primary Level Pack: Data Attributes Captured
a. Unique product identification code (GTIN)
Barcode e.g. - (01) 1 8901072 00253 6
Attribute Description Length Nature Data Type
(01)
Application Identifier
to indicate GTIN-14
Brackets not encoded
in the barcode
2 Fixed Numeric
1 8901072 00253 6 GTIN-14 with first
digit being the 14 Fixed Numeric
BPPI/Surgical-59/2018
Page 40 of 59
packaging indicator
Recommended Barcode
– GS1 Datamatrix,
Please contact GS1 India office for any further assistance –
GS1 India
(Under Min. of Commerce, Govt. of India)
330, 2nd
Floor, ‘C’ Wing, August Kranti Bhawan,
Bhikaji Cama Place, New Delhi - 110066
T +91-11-42890890, (D) +91-11-42890846
F +91-11-26168730
W http://www.gs1india.org
BPPI/Surgical-59/2018
Page 41 of 59
ANNEXURE –II Ref. Clause No. 4.1(a) DECLARATION
I/We M/s. ………………………… represented by its Proprietor/Managing Partner
/Managing Director having its registered office at
……………………………….........and its factory premises at
…………………………………………………… do hereby declare as under:-
(I) that I/we have carefully read all the terms and conditions of tender in ref. no.
BPPI/SURGICAL-059/2018 dated 19/03/2018 including Amendment(s) to Tender
document (if any) issued by Bureau of pharma public sector undertakings of INDIA,
New Delhi, 122016 and accept unconditionally all terms and condition of tender
document including Amendment(s) to Tender document (if any).
(II) that I/We are holding and have uploaded (a) Manufacturing licence for quoted
items (b) 2 years market standing certificate for quoted products issued by C.A. or
ICWA (for non drug products) for quoted Sanitary Napkins, (c) a certificate manufactured
& marketed two batches within 3 years issued by C.A. for quoted Sanitary Napkins, (d)
Valid Import license (If applicable) and also enclosed all undertaking/declaration as per
Annexure mentioned in the tender document. On the basis of such undertaking, the price
bid shall be opened within a week after opening of technical bid. However, any
document uploaded with technical bid is not complying as per undertaking, the
contract/agreement shall be cancelled with forfeiture of EMD/SECURITY
DEPOSIT/Bank guarantee against tender no. BPPI/SURGICAL-059/2018 dated
19/03/2018 along with other action.
(III) I am / We are aware of the Tender inviting Authority’s right to forfeit the Earnest
Money Deposit and /or Security Deposit and blacklist me/us for a period of 5 years
if,any information furnished by us proved to be false at time the of inspection and not
complying the condition as per undertaking for a period of five years.
BPPI/Surgical-59/2018
Page 42 of 59
(IV) (a) I do hereby declare that I will supply the drug with bar code as per ANNEXURE
I and as per the design as per enclosures to ANNEXURE XI enclosed with tender
document as well as other instruction given in this regard.
(b) Further, I / we do hereby declare that I will supply the Sanitary Napkins by affixing
logo on Primary/Secondary/ Tertiary packing for the imported items along with the
generic name as per the designs given in enclosures to Annexure XI as well as other
instructions given in this regard.
(V) that in pursuant to the conditions in Clause No. 7.2 of the tender, the Earnest Money
Deposit can be forfeited by the Tender Inviting Authority in case of violation of any of
the conditions and non-performance of the obligation under tender document.
(VI) that our company/applied items have not been blacklisted/debarred/de-
registered/banned due to quality failure of the Sanitary Napkins supplied either by any
State government or Central Government Organization or its Sanitary Napkins
procurement agencies for the following products quoted in the tender at the time of
submission of bid. Further, quoted Sanitary Napkins have not been failed in house testing
or testing by any State Government/Central Government / its Sanitary Napkins
procurement agencies during last three years. We are eligible to participate in the tender
ref. No. BPPI/SURGICAL-059/2018 dated 19/03/2018 for the following products:-
S.
No.
Item Code Details of the Sanitary Napkins
Signed................................................
Name
Designation
(Company Seal)
Witness:-(1).......................................
(2).......................................
To be attested by the Notary
BPPI/Surgical-59/2018
Page 43 of 59
ANNEXURE-III
Ref. Clause No. 3(ii),4.1(b) and 7.1
DETAILS OF E.M.D SUBMITTED
UPLOAD THE SCANNED COPY OF DRAFT/ PAY ORDER/BANK GURANTEE
BPPI/Surgical-59/2018
Page 44 of 59
ANNEXURE- IV
Ref. Clause No. 4.1(c )
{Format for a certificate from the C.A.(Chartered Accountant) or Company Secretary}
(I) It is certified that M/s. ............................... ……… is a Private
Ltd./Ltd./Proprietorship/Partnership company/firm and they have PAN
no………..and GST registration no. ………………………..They have
filed Income tax returned and GST returned up to date. The authorised
signatory of the company/firm is Shri …………………………….and
whose signature is attested as under:-------------
(II) The annual Turnover of M/s. ...............................for the past three years are
given below and certified that the statement is true and correct.
Sl.No. Financial
Year
Turnover in Lakhs(Rs.)
1. 2014-15
2. 2015-16
3. 2016-17
TOTAL Rs........................................Lakhs
Average Turnover per annual Rs........................................Lakhs
(III) It is certified that M/s ____________________________ has Production
& financial capacity to manufacture and deliver the Sanitary Napkins
quoted by them in the tender as per quantity & delivery schedule mentioned
in tender. This certificate is based on their Manufacturing capacity,
inventory of raw Material and financial statement.
Or (ONLY in case of IMPORTER)
It is certified that M/s ____________________________ has Financial
capacity to manufacture and deliver the Sanitary Napkins quoted by them
in the tender as per quantity & delivery schedule mentioned in tender. This
BPPI/Surgical-59/2018
Page 45 of 59
certificate is based on their Manufacturing capacity, inventory of raw
Material and financial statement.
(IV) Further, It is certified that M/S ………………………………is Micro and
Small Enterprises (MSE) and registered with Director of Industries of
concerned State/UT or appropriate authorities for quoted Sanitary
Napkins against BPPI tender No. BPPI/Surgical- 059/2018 and eligible for
exemption of paying EMD. This MSMEs is owned by Scheduled Caste
(SC)/Scheduled Tribe (ST) entrepreneurs.
(V) They have manufactured & marketed 2 or more commercial batches of each
quoted drugs in last three years.
Or (ONLY in case of IMPORTER)
They have marketed 2 or more commercial batches of each quoted drugs in
last three years.
Date (Name, Signature & Stamp)
Registration no.
NOTE
(i) Strike which is not applicable in above certificate.
(ii) MSEs would be treated as owned by SC/ ST entrepreneurs: a) In case
of proprietary MSE, proprietor(s) shall be SC /ST b) In case of
partnership MSE, the SC/ST partners shall be holding at least 51%
(fifty-one percent) shares in the unit c) In case of Private Limited
Companies, at least 51% (fifty-one percent) share shall be held by
SC/ST promoters.
BPPI/Surgical-59/2018
Page 46 of 59
ANNEXURE – V
Ref. Clause 4.1 (k )
CHECK-LIST( Whether Uploaded the documents)
COVER – A
S.No. Check List YES NO
1. Checklist - ANNEXURE – V
2. EMD Rs.50,000/- in the form of Bank Guarantee or Bankers
Cheque or Demand Draft uploaded as per ANNEXURE-III
DD No……………….Dated……………..issued by
…………………………….(name of bank) and delivered to
BPPI.
Uploaded NSIC certificate for exemption if any.
3. Scanned copy of manufacturing License for each and
every product quoted.
4. Scanned copy of Import License, if Imported and whole
sale Product license.
5. Authorization letter nominating a responsible Person of
the tenderer to transact the business with the Tender
inviting Authority.
6. Scanned copy of Market Standing Certificate issued by
C.A.or ICWA.
7. Scanned copy of ANNEXURE –II (Declaration for eligibility in
participating the tender) and original Annexure II delivered
to BPPI.
8. Scanned copy of Annexure IV – (A certificate from CA or
Company Secretary).
9. Scanned copy of ANNEXURE-VIII
( Details for Manufacturing Capacity & Batch Size)
10. Scanned copy of ANNEXURE—XII (Mandate form)
NOTE:-EMD instrument and Original ANNEXURE –II (Declaration for eligibility
in participating the tender) are to be delivered in original to BPPI, New Delhi on or
before the time stipulated against ‘ Bid Submission End Date and time ’.
Name and signature of authorised signatory (with company seal)
…………………………..
BPPI/Surgical-59/2018
Page 47 of 59
ANNEXURE –VI ( Ref:-Clause 7.1)
MODEL BANK GUARANTEE FORMAT FOR FURNISHING EMD
Whereas …………………………………………………………………………………
(hereinafter called the
“tenderer”) has submitted their offer
dated………………………………….……………………… for the supply
Of Sanitary Napkins(hereinafter called the “tender”) against the purchaser’s tender
enquiry No. BBPI/SURGICAL-059/2018 KNOW ALL MEN by these presents that WE
……………………………………………. of
…………………………………………….. having our registered office at
……………………………………………………………. are bound unto Bureau of
Pharma Public Sector Undertakings of India New Delhi (hereinafter called the
“Purchaser) in the sum of Rs. fifty thousand only for which payment will and truly to be
made to the said Purchaser, the Bank binds itself, its successors and assigns by these
presents. Sealed with the Common Seal of the said Bank this…………… day of
…………….2018.
THE CONDITIONS OF THIS OBLIGATION ARE:
(1) If the tenderer withdraws or amends, impairs or derogates from the tender in any
respect within the period of validity of this tender.
(2) If the tenderer having been notified of the acceptance of his tender by the Purchaser
during the period of its validity:-
a) If the tenderer fails to furnish the Performance Security for the due
performance of the contract.
b) Fails or refuses to accept/execute the contract.
WE undertake to pay the Purchaser up to the above amount upon receipt of its first
written demand, without the Purchaser having to substantiate its demand, provided that
in its demand the Purchaser will note that the amount claimed by it is due to it owing to
the occurrence of one or both the two conditions, specifying the occurred condition or
conditions.
This guarantee will remain in force up to 31.01.2019 and any demand in respect
thereof should reach the Bank not later than the above date.
…………………………….
(Signature of the authorized officer of the Bank)
BPPI/Surgical-59/2018
Page 48 of 59
………………………………………………………….
………………………………………………………….
Name and designation of the officer
………………………………………………………….
Seal, name & address of the Bank and address of the Branch
BPPI/Surgical-59/2018
Page 49 of 59
Annexure -VII
Clause 8.1 &8.2
Bureau of Pharma Public Sector Undertakings of India, New Delhi
Tender for supply of Sanitary Napkins (Tender No. BPPI/Surgical– 059/2018 dated
19/03/2018)
(1) (2) (3) (4) (5) (6)
Sr.
No.
Item
Code
Name and description of
Items Unit Size
Shipper Pack
Tender
quantity in
units size
1 8137
Napkin Regular with wings (In
Biodegradable Form)
as per size pad length : 235+_
10mm, width : 60 to 70mm and
thickness 10+_2mm and remaining
parameters confirming to IS
specification.
Pack of 4
napkins 4's x 50 10000000
2 8138
a--Sanitary Napkin, Beltless (In
Biodegradable Form)
1. Covering – Covering of the
absorbent filler shall be good
quality knitted sleeve or non-
woven fabric which has sufficient
porosity to permit the assembled
napkin to meet the absorbency
requirements. The napkins shall
have a non absorbent barrier on
one side which shall have an
identifying mark indicating the
side of the barrier.
2. Back Strip – A back strip for
sticking the sanitary napkin onto
the underwear should be there
using good quality adhesive
material.
3. Size - The size of absorbent
section / complete sanitary napkin
shall be as follows: (in mm)
Absorbent section Total Pad
Pack of 4
napkins 4's x 50 5000000
BPPI/Surgical-59/2018
Page 50 of 59
Length 235 +_ 10, 230 +_ 10 Width
60 to 75,Thickness 10 +_ 2
3 8139
b--Sanitary Napkin, Belt-type
(In Biodegradable Form)
1. Covering – Covering of the
absorbent filler shall be good
quality knitted sleeve or non-
woven fabric which has
sufficient porosity to permit
the assembled napkin to meet
the absorbency requirements.
The napkins shall have a non
absorbent barrier on one side
which shall have an identifying
mark indicating the side of the
barrier.
2. Size - The size of absorbent
section / complete sanitary
napkin shall be as follows: ( in
mm)
Absorbent section Pad Length
220 +_ 10
Width 70 +_ 5 , Thickness 17 +_
3
3. Elastic Belt with loops shall
be provided in each pack.
4. Absorbency: The napkin
should be able to absorb not
less than 30 ml of normal saline
or coloured water or test fluid
when poured on to the centre
of the napkin at the rate of 15
ml per minute.
Pack of 4
napkins 4's x 50 1500000
BPPI/Surgical-59/2018
Page 51 of 59
Annexure – VIII
{Ref:- clause 8.1(ii)}
(1) (2) (3)
(4) (5) (6)
Sr.
No.
Item
Code
Name and description of
Items Unit Size
Manufacturing
Capacity per
year in Unit size
Manufacturing
Batch Size in Unit
size
1 8137
Napkin Regular with wings (In Biodegradable Form) as per size pad length : 235+_ 10mm, width : 60 to 70mm and thickness 10+_2mm and remaining parameters confirming to IS specification.
Pack of 4 napkins
2 8138
a--Sanitary Napkin, Beltless (In Biodegradable Form) 1. Covering – Covering of the absorbent filler shall be good quality knitted sleeve or non-woven fabric which has sufficient porosity to permit the assembled napkin to meet the absorbency requirements. The napkins shall have a non absorbent barrier on one side which shall have an identifying mark indicating the side of the barrier. 2. Back Strip – A back strip for sticking the sanitary napkin onto the underwear should be there using good quality adhesive material. 3. Size - The size of absorbent section / complete sanitary napkin shall be as follows: (in mm) Absorbent section Total Pad Length 235 +_ 10, 230 +_ 10 Width 60 to 75,Thickness 10 +_ 2
Pack of 4 napkins
3 8139
b--Sanitary Napkin, Belt-type (In Biodegradable Form) 1. Covering – Covering of the absorbent filler shall be good quality knitted sleeve or non-woven fabric which has sufficient porosity to permit the assembled napkin to meet the absorbency requirements.
Pack of 4 napkins
BPPI/Surgical-59/2018
Page 52 of 59
The napkins shall have a non absorbent barrier on one side which shall have an identifying mark indicating the side of the barrier. 2. Size - The size of absorbent section / complete sanitary napkin shall be as follows: ( in mm) Absorbent section Pad Length 220 +_ 10 Width 70 +_ 5 , Thickness 17 +_ 3 3. Elastic Belt with loops shall be provided in each pack. 4. Absorbency: The napkin should be able to absorb not less than 30 ml of normal saline or coloured water or test fluid when poured on to the centre of the napkin at the rate of 15 ml per minute.
BPPI/Surgical-59/2018
Page 53 of 59
ANNEXURE-IX Ref:- Clause 9.4
Letter of acceptance of tender for price agreement
Speed post/e-mail
Ref. No. BPPI/ Surgical – 59/2018 Date: …………..
To,
M/S ----------------------------------------------- ------------------------------------- ----------------------------- Sub: Tender for the Supply of Sanitary Napkins to BPPI for the years 2018-2020:
Acceptance tender for price agreement and Deposit of Performance Security Amount.
Ref: Your quotation against BPPI e-Tender No. BPPI/ Surgical – 59/2018 dated:
19.03.2018 opened on ………. (Technical Bid) & on ……(Price bid).
Please refer to your quotation i.e. technical and price bid (BOQ) along with
enclosures/Annexure against subject tender read with your subsequent
clarification/confirmation for the supply of Sanitary Napkins to BPPI for the years 2018-2020,
the rate offered/accepted by your firm has been approved for price agreement for two years i.e.
up to ……….as per details below:-
S. N. Item Code
Item Name
Unit Size
Quantity
Rates in Rs. Per unit exclusive of GST
Rate of
GST
Rates in Rs. Per unit inclusive of GST
Rs.(including GST)
Total value of price agreement
2.You are requested to kindly remit performance security deposit in form of demand draft or
irrevocable bank guarantee from scheduled bank which is equivalent to Rs as stipulated in
the tender document within 15 days from the date of receipt of this letter for the supply of
SANITARY NAPKINS to BPPI. Format for Bank Guarantee towards performance security
deposit shall be as per Annexure X of tender document.
Performance security deposit if paid in form of Bank Guarantee should be valid for three years
from the date of i.e. Valid till ……/2021.
3.The terms and conditions of price agreement shall be applicable as mentioned in tender
document. By issue of this acceptance letter, the price agreement is hereby concluded.
Please acknowledge receipt.
BPPI
BPPI/Surgical-59/2018
Page 54 of 59
ANNEXURE-X Ref. Clause No.10.1
Performance Security Bank Guarantee (unconditional)
To: Bureau of Pharma Public Sector Undertakings of India, (Name of purchaser)
8th
Floor, Videocon Tower, Block-E1,Jhandewalan Extension, New Delhi-
110055
WHEREAS……………………………………………………………(Name of
the Supplier) herein called “the Supplier” has undertaken, in pursuance of Tender
BPPI/SURGICAL---59/2018 dated 19.03.2018 to supply of surgical items for the year
2018-20, (Description of Goods and Services) hereinafter called “the Contract”.
AND WHEREAS it has been stipulated by you in the said Contract that the
Supplier shall furnish you with a Bank Guarantee for the sum specified therein as
security for compliance with the Supplier’s performance obligations in accordance with
the Contract.
AND WHEREAS we have agreed to give the Supplier a Guarantee
THEREFORE WE hereby affirm that we are Guarantors and responsible to
you, on behalf of the Supplier, upto a total of
……………………………………………………………………….(Amount of the
Guarantee in Words and Figures) and we undertake to pay you, upon your first written
demand declaring the Supplier to be in default under the Contract and without cavil or
argument., any sum or sums within the limit of
………………………………………..(Amount of the Guarantee in Words and Figures)
as aforesaid, without your needing to prove or to show grounds or reasons for your
demand or the sum specified therein.
This guarantee is valid until the ……………….day of…………………201 .
Signature and Seal of Guarantors
………………………………
…………………………………
Date…………………………..2018
Address……………………………
BPPI/Surgical-59/2018
Page 55 of 59
ANNEXURE-XI
Ref. Clause no 13
DECLARATION
I do hereby declare that I will supply the surgical item as per the design in
enclosures to this Annexure as well as other instruction given in this regard.
Signature of the Tenderer
(Name in capital letter with designation)
BPPI/Surgical-59/2018
Page 56 of 59
Enclosure to ANNEXURE-XI
Ref. Clause no 13
DESIGN FOR PRIMARY PACKING
1. BPPI Logogram should be placed along with the address as given below
2. BPPI helpline number 1800 180 8080 should be printed
Manufactured for :
Bureau of Pharma Public Sector Undertakings of India
8th Floor, Videocon Tower, Block-E1, Jhandewalan Extension, New Delhi-110055
BPPI ITEM CODE--XXXX
Or
Manufactured for :
Bureau of Pharma Public Sector Undertakings of India
8th Floor, Videocon Tower, Block-E1, Jhandewalan Extension, New Delhi-110055
BPPI ITEM CODE--XXXX
BPPI/Surgical-59/2018
Page 57 of 59
SPECIMEN LABEL FOR MONO CARTON (Secondary Packing)
Generic Name of Product
Manufactured for :
Bureau of Pharma PSUs of India 8th Floor, Videocon Tower, Block-E1, Jhandewalan Extension, New Delhi-110055 BPPI helpline number 1800 180 8080 BPPI ITEM CODE--XXXX
Note: An additional to statuary requirement as per act.
BPPI/Surgical-59/2018
Page 58 of 59
ANNEXURE-XII
Ref. clause 16.2
MANDATE FORM
Sl.No. Details Required
1. Company Name
2. Postal Address of the Company
Telephone No.
Fax No.
E-mail ID
3. Name of the Managing Director /
Director / Manager
Mobile No. / Phone No
E-mail ID
4. Name and Designation of the
authorized company official
Name:
Designation:
Mobile No.
E-mail ID
5. Bank Details
a) Name of the Bank
b) Branch Name & address
c) Branch Code No.
d) Branch Manager Mobile
No.
e) Branch Telephone no
f) Branch E-mail ID
g) 9 digit MICR code number
of the bank and branch
appearing on the MICR
cheque issued by the bank
h) IFSC Code of the Branch
i) Type of Account (Current /
Savings)
j) Account Number (as appear
in cheque book)
BPPI/Surgical-59/2018
Page 59 of 59
(In lieu of the bank certificate to be obtained, please attach the original cancelled
cheque issued by your bank for verification of the above particulars).
I / We hereby declare that the particulars given above are correct and complete. If
the transaction is delayed or not effected at all the reasons of incomplete or incorrect
information, I would not hold Bureau of Pharma Public Sector Undertakings of India
(BPPI) responsible. I have read the conditions of the tender / agreement entered and
agree to discharge the responsibility expected of me / from the company as a tenderer /
successful tenderer.
Date: Company Seal Signature
Place: (Name of the person signing &
designation)
CERTIFIED THAT THE PARTICULARS FURNISHED ABOVE BY THE
COMPANY ARE CORRECT AS PER OUR RECORDS.
Signature of the authorized official of the bank
Bank Seal with address:
----------------------------------------------------------------------------------------------------------